HomeMy WebLinkAboutR-01-07220
J-01-531
06/15/01
•
RESOLUTION NO. 01- 722
A RESOLUTION OF THE MIAMI CITY COMMISSION, BY A
FOUR-FIFTHS (4/5THS) AFFIRMATIVE VOTE,
RATIFYING, APPROVING AND CONFIRMING THE CITY
MANAGER'S FINDING OF AN EMERGENCY; RESCINDING
THE CONTRACT WITH C.A.C. CONSTRUCTION CORP.,
AWARDED PURSUANT TO RESOLUTION NO. 99-51
ADOPTED JANUARY 12, 1999, FOR THE PROJECT
ENTITLED "ROBERTO CLEMENTE PARK RENOVATIONS,
B-6305"; WAIVING THE REQUIREMENTS FOR
COMPETITIVE SEALED BIDDING PROCEDURES;
ACCEPTING THE OCTOBER 19,2000 BID OF BRC
CONSTRUCTION COMPANY, INC., AS THE LOWEST
RESPONSIVE AND RESPONSIBLE BIDDER FOR
THE: PROJECT ENTITLED "ROBERTO CLEMENTE PARK
NET OFFICE REMODELING (2 N" BIDDING) B-6354", IN
AN AMOUNT NOT TO EXCEED $54,859.5C; ALLOCATING
FUNDS FROM CAPITAL IMPROVEMENT PROJECT
NO. 331056, ACCOUNT CODE NO. 319305.6.860 (SAFE
NEIGHBORHOOD PARKS BOND), AND NET OPERATING
BUDGET, ACCOUNT CODE NO. 145001.2511.13.6.670;
AND AUTHORIZING THE CITY MANAGER TO EXECUTE ALL
NECESSARY DOCUMENTS, IN A FORM ACCEPTABLE TO
THE CITY ATTORNEY, FOR SAID PURPOSE.
BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI,
FLORIDA:
Section 1. The contract with C.A.C. Construction
Corp., awarded pursuant to Resolution No. 99-51 adopted
Cm cm
Nunn cm
)III 19 2001
01- 722
ffff�
•
January 12, 1999, for the project entitled "Roberto Clemente
Park Renovations, 8-6305" is rescinded.
Section 2.. By a four-fifths (4/5th,) affirmative vote of
the members of the City Commission, the City Manager's finding
of an emergency, is ratified, approved and confirmed, the
requirements for competitive sealed bidding procedures are
waived and the October 19, 2000 bid from BRC Construction
Company, Inc., as the lowest responsive and r.osponsible bidder,
for the project entitled "Roberto Clemente Park Net Office
Remodeling (2"d Bidding) B-6354", in an amount not to $54,859.50,
is accepted, with funds allocated from Capital Improvement
Project No. 33056, Account Code No. 32.9305.6.860 (Safe
Neighborhood Parks Bond), and Net Operating Budget, Account Code
No. 145001.251113.6.670.
Section 3. The City Manager is authorizedY to execute
an agreement, in a form acceptable to the City Attorney, with
BRC Construction Company, Inc. for the project.
Section 4. This Resolution shall become effective
immediately upon its adoption and signature of the Mayor Y
The herein authorization is further subject to compliance with all
requirements that may be imposed by the city Attorney, including but
not limited to those prescribed by applicable City charter and Code
provisions.
Z/ If the Mayor does not sign this Resolution, it shall become effective
at the end of ten calendar days from the date it was passed and
adopted. Tf the Maynr vetoes this Resolution, it shall becone
effective immediately upon override of the veto by the City Commi.s:jion.
Page 2 of 3 01— 722
4
.•. wwrwmu w mwa ware vuw cmm go=, NWW VMmmw w = �� •ilpl�Na101
legislatlat by soft it in the desipneited provided, wld
1"16105P now
ATTEST': uow" ~w with the slow IOF
( the of n
ropeov Same, without the
:ter
•
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
The Honorable Mayor and
TO Members of the City Commission
RECOMMENDATION
• 32
19 2M
DATE:
FILE
RATIFICATION of Emergency Action
SMECT: : for Clemente Park — NET Office
Remodeling — B-6354
REFERENCES
ENCLOSURES:
It is respectfully recommended that the City Commission adopt the attached Resolution
by a 4/5t" affirmative vote, ratifying, approving and confirming the City Manager's finding
and recommendation to proceed on an emergency basis to conduct the necessary work
at Clemente Park — NET Office Remodeling, and rescinding the contract with C.A.C.
Construction Corp., authorized by Resolution No. 99-5 adopted January 12, 1999, for
the "Roberto Clemente Park Renovations, B-6305" project, and accepting the low bid of
BRC Construction Co.. Inc., a company located at 13833 SW 142 Avenue, Miami,
Florida, whose principal is Claribel Reyes, President, for the project entitled "Roberto
Clemente Park NET Office Remodeling (2nd Bidding) B-6354", received on October 19,
2000, in the amount of $54,859.50 total, authorizing the City Manager to enter into a
contract on behalf of the City.
BACKGROUND
Resolution No. 99-5 adopted January 12, 1999, authorized the City Manager to enter
into a contract with C. A. C. Construction Corp. After executing the contract, the Public
Works Department was notified by Mr. Carlos A. Cicero, Vice President of C. A. C.
Construction Corp., that his company would be unable to accomplish the work required.
The scope of work in the contract with C.A.C. Construction has been included and bid in
the work for award to BRC Construction Co., Inc.
It is important that the NET Office renovations and building exterior doors be replaced so
as to be able to continue providing services to our community without interruption. The
low bidder is BRC Construction Co., Inc., with a bid amount of $54,859.50. Funds are
available from CIP Project No. 331056 and Account No. 145001.251113.6.670.
1of90
CAG/FKR/JHJ/mm
4'q/o(
ClwmtcPark-EmeugencyRali8eation-MEMO
01- 722
• * r
Budgetary Impact Analysis
I. Department �' W . y l-% Division
2. Agenda Item # {i.Jauailable) - -
3. Title and brief description of legislation or attachQ�ofrdinance/reeolution:
i
4. Is this item related to revenue? NO: " YES of yes, skip.to item #7.)
S. Are there sufficient funds in Line Item?
YES: Index Code Minor Obj. Code Amount $
NO: Complete the following questions:
6. Source of funds: Amount budgeted in the Line Item $
Amount needed in the Line Item 5
Sufficient funds will be transferred from the following line items:
ACTION ACCOUNT NUMBER
L ACCOUNT NAME I TOTAL
IndexlMinor Ob ectJPro•ect No.
l
From 5 o c V'40 .113:os"-
$;,
To 3, 3c ?bc
--��
7. Any additional
g /5,5t1 -7s �
Aa k 4c,cs
Tu rA L. P,-,; jit C
DI L #�2,r
nents?
ev (�-ns)v s 7l:� . 7i Ad;
tt i/1
i( G✓� L' c� / A
J -d 7 W2 .75
Ap v d by: Q
8. L:
ez"Sto/
Department es a ure Date
e
•�4IR10 .as 0.rlato 2yn/3.d.67o
FOR DEPARTMENT OF MANAGEMENT AND BUD( USE ONLY
Verified by:
Verified by;
l
.
Budget Analyst
Department of Management sad Budget
DataDate
--��
0i- 722
171I-:�! —
• CITY OF MiAhli. FLORIDA •
INTER -OFFICE MEMORANDUM
+� p.—r -E
Carlos A. Gimenez March 22, 2001
City Manager s;dJEC-
EMERGENCY Award of Contract
for ROBERTO CLEMENTE PARK -
NET Office Remodeling
ohn H. Jacksn, Director E•.c_o=uPEs
Public Wnr s Den rtment
The Roberto Clemente Park -NET Office Remodeling (Second Bidding) Project, B-6354,
provides miscellaneous improvements to the Roberto Clemente Park Recreation Building and
renovations to the Wynwood/Edgewater NET office. The project has encountered numerous
delays due to (1) the first awarded contractor was unable to complete the initial exterior door
replacements as bid; (2) the project was re -scoped to include renovation work in the NET Office
and was formally re -bid; (3) the first bidding resulted in irregularities with the bids submitted
and was re -bid; and (4) the second formal bidding low bid amount exceeded the available
funding. The aforementioned events have seriously delayed the start of construction.
It is most important to quickly get the construction started to address the building deficiencies
and to complete the NET Office renovations to facilitate the continuation of NET services. The
low bidder is BRC Construction Co., Inc., with a bid amount of $54,859.50. Funds are available
for this project award from CIP No. 331056 and Account No. 145001.251113.6.670.
This request is for your approval to award the project to the low bidder and to proceed with
construction on an EMERGENCY basis, This finding of an Emergency will be placed on the
next available Commission agenda for ratification and approval by the City Commission.
APPROVED
.� Linda M. Haskins, Director
Dept. of Management & Budget
DATE
DATE4&
City M;nager
FKR/JHN/ f
C* Dennis R. Wheeler, Director, NET
Albert Ruder, Director, Parks and Recreation Dept.
CAMy CocumentsUH)-EMERGENCY•R CLEMENTE•NET.dor 01— !22
iIIIiZCI i.S/
FACT SHEET
DEPARTMENT OF PUBLIC WORKS
DATE: 2 / E / 2001
JOB NUMBER: B$354
PROJECT NAME: ROBERTO CLEMENTE PARK NET OFFICE REMODELING (SECOND BIDDING)
CIP NJMBER: 331058 1146001
LOCATION: 101 NW 34TH STREET
PROJECT MANAGER) EXT. No EDUAROlS MARTINEZ/ VICTOR MARZO _
OTHER TYPE NET
FEDERAL Ic o e G)
ASSOATED DEPARTMENT: PARK5 AND RECREJITION DEPAR7A4ENT
ASSOCIATED
SN P.B.
ASSESSABLE: �-
EMERGENCY:
COMMISSIONER DISTRICT: 2
BID REQUEST: FORMAL INFORMAL r`-]
RESOLUTION No,:
DESCRIPTION: This project Consnta .n the pun:hafe and mWuation of an the metenneeded als nded ror the remoder
of the emshM net office.
MOROADO PLUMBING CORP CSC 061627
SKYLITE ELECTRIC CC 96E000156
fR N[ClaaMT
1Y• COMNiK ON THE SACK)Vi
SCOPE OF SERVICES: PUBLIC ORKB cp6T OUTSIDE COST
(% OF CONST. DOST)
ADVERTISING i 762.75 (E)
OUTSIDE DESIGN S
TESTINGS /SURVEY / PLAT f (E) S IEI
P.W. DESIGN d 810 DOCUMENTS a %
CONSTRUCTION S 61,669.60 (BID)
CONSTRUCTION ADMINISTRATION 5 %
OTHER- f (E) 3 (E)
x
(E) ' ESTIMATE TOTAL S 65,612.26 (TOtwLENG FEET
ESTIMATED CONST COST S51,250.00
CONTRACTOR'S INFORMATION:
CLASS: = 0 NON -MINORITY _
TYPE OF WORK GENERAL CONTRACTOR I REMODELING MINORITY 0 ��
YEARS OF ESTABLISHMENT: /YEAR LICENSE-Coo-059626
NAME BRC CONSTRUCTION COMPANY INC. TELEPHONE: 766.2423166
ADDRESS: 13633 SW 142ND AVE.
CITY. STATE. ZIP MIAMI ,FLORIDA 33166 Gle&S. J • Jahr P •PRIME 8 -SUS
YAWL PERSON: YAL CASTILLO MINOR" 6 -BLACK M • MIBPANK; F • FEMALE
SUB.CONTRACTOR6:
NAMES: ARCHON AIR MANAGEMENT CAC 06
COMES: A98N9TANT DIRECTORS, COST ANALYSNS, FILE, A880CUTED DEPT, CIP MANAGER RlV. talaa
01- '722
7574
MOROADO PLUMBING CORP CSC 061627
SKYLITE ELECTRIC CC 96E000156
FORMAL
BID
RUBERI'U CLFMF.N"I'E
PARK NET OFFICE
RENiODELINC (SECOND BIDDING)
Project Number 0-1,154 ('ll' Number 331056
---
Project Manager: 1:1)UARI)n MAR11Nl 7.
- -
Date: 111 J IQ/ 2009Personerson
who received the bids: I* MANi INFZ ! V MAR/0Received
at (ftY Cl I:RI:'s 011'I('1'. ML41611('lll' IIAL1.
Construction Estimate _ S 51,250.W
lime: 10:491 am - -_ — --- -- --- _
Blhl)F.R
---
BRC CONSTRUCTION CO , INC
Ae C'elalx, C0,411 "p;"M
61N M LORI'
r,tmv rONSt CtIRI'
I){ll Sq 17?4U FYI.
., I.C. )„b
A,7,INW 76A.+
An�tll.nrnuoh mw
lu:`NM'tllll cl
rle.ttn /lfuimn 13"7
AllADDRESS
- _ --
+r11tN 1_M,Cf
AltAA1L 111MpM ItIM.
131D BOND AMOUNT---
wBOHOWs r.
xm WWI)WWI)t
me m 11 . Rncnl a.+_
nu) ntx.1/ t •.
IRREGULARITIES
OWNEDYI\
vrc
acs
tlz --- -
I11:MNu
—
_- -Ill! SO. kill IION f
IINtf
-_1'Rlll
I0IAt_
tlNl'f
_1'ItIC'F
11)IA1.
IINII'
1'NI('li
7(YIAI-
IINII
Plttl'li
I(IfAI.
BASE1111PtIF.AM1I•q
s�J,kx�.W
---'--
11".11,0511".11,05—L-.
S72.264.I3
SiI,d7S.U0
---
f 1 (II
1171
S 60(1 Ii
%2w
S 1,73U ail
k)x Illi' INSIAI CAM xJ OF ACYIUSIKAL SU51'ENIxU
s 2.741) KI-
$2.25
3 4.127 ?S
P7 J•: fERJNC: AND GPIU SYStEM NY ARAftiTRI XJ(:
56,2'(1 (N1
ununS(,
IIRII (NI
1t4.R7S In
_
1CMT1lE INSTAIl.AlllNV l7HJ-190110FPP.\R1n ICNJ
S11 M1
S4214
S111250
7429
WACLl1F AfP[IltX1AlATF.lY 10 7'IIF.Nan'
-------
---_--
- -
- --
12(1111) _
S ?_IR INI --
S 112410 -
f 194 IN)
S fM, t,f,
H)R TIIE B.".TAI 1 ATKIN OF •/- 1211OF P 1'AR7rrtON
S Rirn fin
1 Jal rel
1 JXn IMI
pAlrnFnn'Rnxntnlrrre•Irtx.tir
_
_ .
-- —
S 11,500 00
1R n
KV III ANnC)E.ININC
S 2,500 00
S 3.Wt1(10
S 2,5011.110
S
F(JK RF.LIII'ATIUN OF ELECTNICAI. IJ1M15. ()UI I.1 rs.
- -_ -
5 78.600 a -
S 36,000.111)
--
1 t(lpti (RI
— ----
-----------
S S(.21X1 UO
—--------
--
A/CmfTI FiS, ANAN”RETURNS, NtW C()NSlltlxl ION
--- -
---_--- _
---�- -
- �—
•
!'LUAIBING•KIRIn:NElTE, IIANDYCAP RA7"11R0[IA1.
-
- _
—_- -
CbUN7ER5ANUCOAIMETEIN!Tl?RI00.I'MNTW(1P.K
--—
----
n
- 1; 7,2110 110
FOR krl'LACT]d!-Nr f1F71'XTCkIOkSrFtt.lYx.)1G
$ S,IN)U.UII
S � 1,7311 fNl
7
FOR INSTAI.I.ATI(NJ OF 7 INTFRK)R W(Y)n IXX)1CS
MIM
1 ?: Rprtpl
S I.CNIO (NJ
S 2.51N) tpl
! PRC)Y6111N FURSf'EC1A1. irEAIS
S 3.(;(X)1111I
! nIn1.INJ3010-- S 3N� oo S 1 INNI 1111
• INRIiGUhARIT1I:S II:GF.Nn
A -- M, Ibiief- ol- Alhimer
R -- Nu ARidavil x M Capital & tinq,fis ofIkndinp ('un,p:m)
l' - ('I,nrded lixlrnsi,n,f
I[ IIAS Itl'1'N I)1 IFI(AI(NI U BY 1111[ 1)11':\RIAtI_til (q• 1't1N1.1(' W(INAti 111A1 1111•
tf1N'I :C( RI SPtlNtillil l: ,\N1) Rt'til'(INSIVI. 1111) is I ROMROMpkC iuntilkp(pl!1 A
I(IM'�M'
P<)R '1 -III" "101"AI. AM11(pINl OF M.45`11.941 ••
-- — -
t) -• :41q,nsal IIas161,cd or In,plq,cll) Signed a ,In (•,nrynalc Scal
1
E -• Inc7,mpMe laltlmimis
I( the ahcwc amlr.!calr is tx)i d:c luwca hiikkl cXnlain:
�Kr
E .. N- • fCwln,s,ve bid
,
G -• Impnq,el Did Iinnd
11NuCenif,ealenlColnpeiellryNllmly
1 -- i'No1Ila SOl1ICC ilnitl6 CI,Inpl,ancC Slallll1C111
?"D
) -- Nn (•lio,aity Cun,pliaacc Slatanrnl
t: .. N„ t),,plic„c niJ 1'mJx,sal
L - Na C'dy Uccupitionat Liccnx
SIII 1 t 1 0
1 I
CITY OF MIAMI OF THE CITY CLERK
BID SECURITY LIST
BID ITEM: WBER'M CLF.MANPF PARK NFT^OFFTCI' RFMDELING, (SWOND BIDDING)
PROOF= B-6354
BID NO: 00-01-016
DATE BIMS) OPENED:. OCMBER 19, 2000 ----TIME 1O_ -D L AM
BIDDER
TOTAL BID
IV
BID BOND (ER)
's c" .Ck
JOF CELF�STIN
$ 72,264.43
BBU895256 $4,000.
F -O M CORP.
81,875.00
VOUCHER:$13001-002
BRC CC)NSTRUCPION CO., INC
91,190.00
BB 5%
ANDY CONSTRUCCTON CORP.
95,119.25
BB 5%
t ��' Oft` �.
• �....
t% r'
t�
D
rved_I envclups on behalf of
Person, receiving bid(s) 4' 0Ji ��Du �AQ r) Jds
PUBLIC WOWS
(Cay
D
epartment) (Date)
SIG.
eputy Ci Ink
IIIIIIOI:bes
ti
•
To Walter J. Foeman
City Clerk
FROM : ony Pt
Department of Public Works
•
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
DATE: September 27, 2000
SUBJECT: "Roberto Clemente Park -
NF.T Office Remodeling,
(Second Bidding)
REFERENCES:
ENCLOSWES: 1
FILE: B-6354
Please note that contractors will submit bids for the following project:
"ROBE'RTO CLEMENTE PARK Nl T OFFICE REMODELING,(SECOND BIDDING), B-6354"
on 'Thursday, October 19'x', 2000 at 10:00 A.M.
Any bid submitted after the time listed above, will not be accepted. Please make necessary
provisions for this bid opening.
The Project Manager, Eduardo Martinet a representative overseeing the project is going to be
present at the time of opening. Should there be cancellation or postponement, we will notify you
in writing, prior to the opening date of the bids.
If you have any questions, please contact me at 416-2131.
TP/tp
Encl.
c: Albert Dominguez
Yvette Smith
Project Manager
File
• BID NO. 00-01-016
ADVERTISEMENT FOR BIDS
Sealed bids for "ROBERTO CLEMENTE PARK — NET OFFICE REMODELING (SECOND
BIDDING), B-6364" will be received by the City Clerk of the City of Miami, Florida at 10:00 A.M. on the
191" day of October, 2000, at the City Clerk's Office, first floor of the Miami City Hall, 3500 Pan
American Drive, Dinner Key, Miami, Florida, 33133, at which time and place they will be publicly
opened and read. Any bid submitted after the above -appointed time will not be accepted by the
City Clerk.
The project consists of the furnishing of all labor, materials and equipment necessary for the
remodeling of the existing office City regulations will allow bidder to furnish bid bonds In
accordance with Resolutions No. 86-983 and No. 87-916. For technical questions or
clarifications regarding plans, specifications, or City requirements, please submit written
requests to Mr. John H. Jackson, P.E., Director, Public Works, 444 S.W. 2nd Avenue, 8'" Floor
Miami, FL 33130. The written request may be faxed to 1305) 416-2153, followed by mailing or
hand delivering the written copy. Under Miaml-Dade County Ordinances # 98-106 and 99-1,
there will be a "Cone of Silence" during the bid period and the City's responses to questions
must be In writing only to all bidders. Prospective bidders must have a current certified
Contractor's License from the State of Florida Construction Industry License Board for the
class of work to be performed, or the appropriate Certificate of Competency or the State
Contractor's Certifleate of Registration as issued by Miami -Dade County Code, which
authorizes the Bidder to perform the proposed work.
All bids shall be submitted In accordance with the Instructions to Bidders and Specifications. New City
regulations will require each bidder to submit proposals in duplicate origipalp. Plans and
specifications may be obtained at the Department of Public Works, 444 S W. 2" Avenue, 8" Floor,
Miami, Florida 33130 on or after October 4'11. 2000. If bidders wish, a set of specifications and plans
will be mailed to them by writing to the Department of Public Works and including a separate check for
$8.00. There will be a $20 deposit required for the first set of specifications. Specs can also be
mailed to bidders upon written request to the Public Works Department including a separate check in
the amount of _$8. Additional sets may be purchased for a non-refundable fee of M. Deposits will
be refunded only upon return of one set of specifications to the Department of Public Works, unmarked
and in good condition within two (2) weeks after the opening of the bids.
Bidders are alerted to the provisions of Ordinance No. 10062 and 10538 regarding allocations of
contracts to minority vendors, contractors and sub -contractors. Details are contained in bid
specifications All Bidders shall have an Affirmative Action Plan with the intent to ensure equity in
employment and the utilization of minority and female -owned business. (Ordinances are contained in
bid specifications). Upon request, the bidder shall provide their Affirmative Action Plan to the City.
The City of Miami has adopted Ordnance No 10032, which implements the "First Source Hiring
Agreements." The object of this ordinance is to provide employment opportunities to City of Miami
residents on contracts resulting in the creation of new permanent jobs. Contractors may be eligible for
wage reimbursement under this program. For further information contact the Department of Public
Works, City of Miami, at (305) 416-1200.
Proposal includes the time of performance, and specifications contain provisions for liquidated
damages for failure to complete the work on time. The City Commission reserves the right to waive
any informality in any bid, and the City Manager may reject any of all bids, and re-advertise.(0-6364,
Req. 05480).
Carlos A. Glmenez
City Manager
�I� I . • Y.
BID ITE-.
CITY OF MIAMI OF THE CITY CLERK
BUD SF.CURITI' LIST
l�
ROBERTO CLEMANTE PARK NET OFFICE REMODELING
B-6354
BID NO: -99-00-240----
DATE BID(S) OPENED: AUGUS
9-00-240-- DATEBID(S)OPENED:AUGUST 3, 2000 _ _TIME _10_00 a.m.
1DD R
TOTAL BID
AMOUNT
BID BOND (ER)
CASHIER'S CHECK
_
EDFM CORP.
90,283.00
B.B. VOUCHER
1
j
II 1
received timely cm of the el.rwm onownq
offers submia"(4d in . .
are hereby rejected as late."
*9 only
date nn ieiber
.. ,
received
Verson rcccrvtng bid(sl
Co vo/t,,a � �yA•�i�•� �.� L
PUBLIC WORKS on
(City D*Dc7put�y
City Cle
IIiZ1ZY bi
(_,.I __ ) envelops on behalf of
,9-,3-00
(Date) ---
•
TU Walter J. Foeman
City Clerk
rROM : Tony Prat
Departme t of Public Works
CITY OF MIAMI, FLORIDA
INTER -OFFICE MEMORANDUM
!f
L^.
DATE July 11, 2000 FkU B-6354
SMACT: "ROBERTO CLEMENTE PARK -
NET OFFICE REMODELING"
REFERENCES:
[NCLOSURFS 1
Please note that contractors will submit bids for the following project:
"ROBERTO CLEMENT!✓ PARK -- NET OFFICE REMODELING", B-6354" on Thursday,
August 3'a, 2000 at 10:00 A.M.
Any bid submitted after the time listed above, will not be accepted. Please make necessary
provisions for this bid opening.
The Project Manager, Eduardo Martinez a representative overseeing the project is going to be
present at the time of opening. Should there be cancellation or postponement, we will notify you
in writing, prior to the opening date of the bids.
If you have any questions, please contact me at 416-21:31
TP/tp
incl.
c: Albert Dominguez
Yvette Smith
Pmject Manager
File
"rQlrffS�iSt
(Z
BID NO. 99-00-240.
• ADVERTISEMENT FOR BIDS
Sealed bids for "ROBERTO CLEMENTE PARK — NET OFFIOREM 0 DELI NG, B-6354" will
be received by the City Clerk of the City of Miami, Florida at 10:00 A.M. on the Yd day of AUGUST,
2000, at the City Clerk's Office, first floor of the Miami City Halt, 3500 Pan American Drive, Dinner Key,
Miami Florida, 33133 at which. time and place they will be publicly opened and read Any bid
submitted after the above -appointed time will not be accepted by the City Clerk.
The project consists of the furnishing of all labor, materials and equipment necessary for the
remodeling of the existing office
City regulations will allow bidder to furnish bid bonds In accordance with Resolutions No. 86-
983 and No. 87-916. For technical questions or clarifications regarding plans, specifications, or
City requirements, please submlt written requests to Mr. John H. Jackson, P.E., Director, Public
Works, 444 S.W. 2nd Avenue, 8'" Floor Miami, FL 33130. The written request may be faxed to
(305) 416.2153, followed by mailing or hand delivering the written copy. Under Miaml-Dade
County Ordinances # 98-106 and 99-1, there will be a "Cone of Silence" during the bid period
and the City's responses to questions must be In writing only to all bidders. Prospective
bidders must have a current certified Contractor's License from the State of Florida
Construction Industry License Board for the class of work to be performed, or the appropriate
Certificate of Competency or the State Contractor's Certificate of Registration as Issued by
Miami -Dade County Code, which authorizes the Bidder to perform the proposed work.
All b,ds shall be submitted in accordance with the Instructions to Bidders and Specifications New City
regulations will require each bidder to submit proposals In dua_Iicateoriginals. Plans and
specifications may be obtained at the Department of Public Worem, 444 SW 2n0 Avenue, 8" Floor,
Miami, Florida 33130 on or after July 14t',.2000. If bidders wish a set of scecif,cations and plans will
be mailed to them by writing to the Department of Public Works and including a separate check for
$8.00 There will be a $20 deposit required for the first set of specifications Specs can also be
mailed to bidders upon written request to the Public Works Department including a separate check in
the amount of _;8. Adddiona! sets may be purchased for a non-refundable fee ofX20. Deposits
wil• be refunded only upon return of one set of specifications to the Department of Public Works,
unmarked and in good condition within two (2) weeks after tree opening of the bids
This project has been designated as a Set -Aside for Black, Female and Hispan,c-owned firms.
FAILURE TO MEET THE ABOVE SET ASIDE REQUIREMENTS MAY DEEM YOUR BID
NON-RESPONSIVE. ALL BIDDERS MUST SUBMIT WITH THEIR BID AN AFFIRMATIVE
ACTION PLAN AS REQUIRED IN SAID ORDINANCES AND THEIR MIWBE
CERTIFICATION.
Bidders are alerted to the provisions of Ordinance No 10062 and 10538 regarding allocations of
contracts to minority vendors, contractors and sub -contractors Details are contained in bid
specifications. All Bidders shall have an Affirmative Action Plan with the intent to ensure equity in
employment and the utilization of minority and female -owned business. (Ordinances are Contained in
bid specifications). Upon request, the bidder shall provide their Affirmative Action Plan to the City.
The City of Miami has adopted Ordinance No 10032, which implements the "First Source Hiring
Agreements." The object of this ordinance is to provide employment opportunities to City of Miami
residents on contracts resulting in the creation of new permanent jobs. Contractors may be eligible for
wage reimbursement under this program. For further information contact the Department of Public
Works, City of Miami, at (305) 416-1200.
Proposal includes the time of performance, and specifications contain provisions for liquidated
damages for failure to complete the work on time. The City Commission reserves the right to waive
any informality in any bid, and the City Manager may reject any of all bids, and re-advertise.(8.6354,
Req.05471).
Carlos A. Gimenez
City Manager
KrZrT:s:�.